American Sign Language Interpreter Services
ID: FA300225Q0005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3002 338 ESS CCJBSA RANDOLPH, TX, 78150-4300, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING (R608)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified firms to provide American Sign Language (ASL) interpreter services for personnel at the Air Force Personnel Center (AFPC) Operating Location in Indianapolis, Indiana. The procurement requires certified ASL interpreters who can deliver services both virtually and in-person, ensuring seamless communication by providing a minimum of two interpreters per session—one for signing and the other for voicing. This initiative is crucial for meeting federal accessibility standards and supporting effective communication within the Air Force, with an estimated requirement of 2,000 annual hours of interpreting services. Interested vendors must submit their capabilities by December 15, 2025, at 4:00 PM CDT, and can contact Melissa Gonzalez at melissa.gonzalez.6@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines requirements for non-personal American Sign Language (ASL) Interpreter Services for the Air Force Personnel Center (AFPC) Operating Location in Indianapolis, IN. The contractor must provide fully certified and qualified ASL interpreters, adhering to federal accessibility standards like the Rehabilitation Act of 1973 and the Americans with Disabilities Act of 1990. Services include on-demand, hybrid (in-person and virtual), 24/7 virtual accessibility, and scheduled support for up to 30 hours weekly, with an estimated 2,000 annual hours. Interpreters must be locally based, certified at an Advanced or Master level by RID or BEI, have three years of experience, and comply with the RID Code of Professional Conduct. Key deliverables include service reports, a kickoff meeting agenda, monthly status reports, and a Quality Control Plan. The PWS also details government-furnished items, security requirements, and performance objectives to ensure high-quality and reliable interpretation services.
    This Request for Information (RFI)/Sources Sought Notice, FA300225Q0005, is issued on December 8, 2025, to gather information from interested vendors regarding their capabilities to provide on-demand American Sign Language (ASL) interpreting services. The submission deadline is December 15, 2025, at 4:00 p.m. CDT. Vendors must demonstrate their capacity to perform all required services as outlined in the draft Performance Work Statement (PWS), including providing high-quality, local ASL interpreters in Indianapolis, IN, certified at Advanced or Master level by RID or BEI, with at least three years of professional experience and knowledge of Air Force/Space Force jargon. Capabilities should extend to virtual and in-person services, continuous availability across platforms, a mobile app/web portal for scheduling, 15-minute response for urgent requests, and 24-hour onsite service for emergencies. Submissions, not exceeding five pages, must include company information, CAGE code, Unique Entity ID, business size, socio-economic status, relevant past contract experience, and any applicable contracting vehicles. The purpose is to assess if competition would benefit the government without being cost or time prohibitive.
    The Department of the Air Force (DAF) is issuing a Request for Information (RFI)/Sources Sought (SS) to identify qualified sources for American Sign Language (ASL) interpreter services. This RFI, FA300225Q0005, seeks to gather information for acquisition planning and does not guarantee a contract award. The 338th Enterprise Sourcing Squadron (ESS) at JBSA-Randolph, Texas, requires certified ASL interpreters for personnel at the Air Force Personnel Center (AFPC) Operating Location in Indianapolis, IN. Services will be provided both virtually and in-person, necessitating a minimum of two interpreters per session. The primary NAICS code is 541930 for Translation and Interpretation Services, with a size standard of $22.5M. Small businesses are encouraged to respond to help determine a potential set-aside. Interested parties must complete the Contractor Capability Survey (Attachment 2) and email it to Melissa Gonzalez (melissa.gonzalez.6@us.af.mil) by 4:00 PM CDT on December 15, 2025. All respondents must be registered in SAM.gov.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Sign Language Interpretation for the Field Operations Directorate
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking proposals for American Sign Language (ASL) and Certified Deaf Interpreting (CDI) services to support its Field Operations Directorate. The procurement aims to provide essential interpreting services for deaf and hard-of-hearing applicants during interviews, naturalization ceremonies, and other interactions, with a focus on both in-person and Video Remote Interpreting (VRI) options. This contract is particularly significant as it ensures accessibility and compliance with federal regulations for individuals requiring these services. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes by December 19, 2025, at 4 PM ET, and can direct inquiries to Contract Specialist Marianne Green at Marianne.Green@uscis.dhs.gov.
    BPA - Translation and Interpreting Service PSC R608
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Translation and Interpreting Services. This procurement aims to engage small businesses that can provide these essential services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The services are critical for effective communication and operational support within the Department of the Navy. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    DLITE TO Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is seeking to justify an exception to fair opportunity for the procurement of administrative support services, particularly in translation and interpreting. This opportunity is crucial for ensuring effective communication and operational efficiency within military operations that require precise language services. Interested vendors can reach out to Brittany Spicer at brittany.m.spicer2.civ@army.mil or by phone at (586) 282-6046, or contact Charles Scott at charles.b.scott44.civ@army.mil or (586) 282-7678 for further details regarding this procurement process.
    DLITE TO Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to justify an exception to fair opportunity for the procurement of administrative support services, particularly in translation and interpreting. This opportunity is crucial for ensuring effective communication and operational support within military operations, highlighting the importance of accurate and timely language services. Interested vendors can reach out to Lauren DeRoche at lauren.r.deroche.civ@army.mil or 571-588-9071, or Charles Scott at charles.b.scott44.civ@army.mil or 586-282-7678 for further details regarding this procurement process.
    DLITE TO Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to establish an exception to the fair opportunity process for the procurement of administrative support services, including translation and interpreting. This opportunity is categorized under the PSC code R608 and is aimed at fulfilling specific administrative needs that are critical for operational effectiveness. Interested vendors should note that the primary contacts for this opportunity are Stephanie Thom and Roy Chow, who can be reached via email at stephanie.n.thom.civ@army.mil and roy.chow.civ@army.mil, respectively. Further details regarding the justification for this procurement can be found in the associated technical exhibit document.
    DLITE TO Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to justify an exception to the fair opportunity process for a contract related to administrative support services, particularly in translation and interpreting. This procurement aims to address specific needs that may not be met through the standard competitive process, emphasizing the importance of timely and accurate communication in military operations. Interested parties can reach out to Roy Chow at roy.chow.civ@army.mil or 571-588-9315, or Caleb Kollins at caleb.m.kollins.civ@army.mil or 571-588-9160 for further details regarding this opportunity.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    Defense/Aerospace Competitive Intelligence Service
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington D.C., is seeking to procure a Defense/Aerospace Competitive Intelligence Service through a single-source contract. This procurement is aimed at obtaining specialized intelligence services that are critical for enhancing the operational capabilities of the Air Force, with the contract having been awarded to Infobase Publishers, Inc. on April 10, 2023. The services will focus on IT and telecom solutions, particularly in the area of platform as a service, which is vital for maintaining competitive advantage in defense and aerospace sectors. For further inquiries, interested parties can contact Amanda Fay Henderson at amanda.henderson.2@us.af.mil.
    Airshow Narrator & Sound/ Audio Technician
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Airshow Narrator and Sound/Audio Technician services for the Shaw Air & Space Expo scheduled from March 27-29, 2026. The contractor is required to provide all necessary personnel, equipment, and services, including a narrator with a minimum of five years of airshow experience and a public address/audio system capable of supporting over 50,000 spectators. This procurement is critical for ensuring effective crowd control and narration during the event, which is expected to draw significant public attendance. Interested parties, particularly Women-Owned Small Businesses, should note that the total award amount is $9,000,000, and proposals must be submitted in accordance with the solicitation guidelines. For further inquiries, contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or 803-895-5623.
    Local and Long-Distance Telecommunication Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.